Local Civilian Range Support
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy (NAVSUP FLT LOG CTR NORFOLK) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract for Local Civilian Range Support Services. This requirement supports EOD Group TWO (GRU2) operations within 50 miles of Joint Expeditionary Base Little Creek/FT Story, Virginia, specifically in the Virginia Beach, VA area. The opportunity is being awarded on a sole source basis to Academi Training Center, LLC, due to unique qualifications and proximity. Proposals are due March 11, 2026, at 12:00 PM.
Scope of Work
The contractor will provide a comprehensive, low-to-no-impact training support solution, including all labor, materials, facilities, equipment, and medical support (with certified EMTs). Key services include:
- Range Support: Small Arms, Demolition, and Underwater Demolition Ranges.
- Training Areas: Urban Training Area, Modular Training Facility, Shipboard and Container Stack Training Area.
- Support Elements: Target Vehicles, Storage Vaults, Rappel Fast-Rope Tower, Land Navigation, Obstacle Courses, and Drop Zones.
- New Requirement: CLINs 0014 and 1014 have been added for wood solid-core doors.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP).
- Period of Performance: Ordering period from May 1, 2026, to October 31, 2031.
- Set-Aside: Unrestricted / Sole Source to Academi Training Center, LLC. Justification cites unique capabilities, including underwater demolition ranges and proximity, with market research indicating no other qualified offerors within the required distance.
- Evaluation: Award will be based on price reasonableness and past performance for responsibility. Non-price factors will not be evaluated.
Key Updates & Submission
- Amendment 1 (posted March 4, 2026): Extended the proposal due date from March 5, 2026, to March 11, 2026, at 12:00 PM. It also added CLINs for "Doors," removed FAR Clauses 52.222-41 and 52.222-42, removed SUPTXT204-9400, and incorporated Q&A responses.
- Pricing: Bidders must use the updated "Amendment Pricing Spreadsheet" to detail proposed costs for each task and ordering period. The spreadsheet includes estimated quantities and requires "Cost Per Unit" to be filled in by the offeror.
- Submission: Quotes must include all pricing elements, supporting information, and a completed "Schedule of Supplies/Services." A signed page 1 of the solicitation and any amendments are required.
Additional Notes
- Funds are not currently available; obligation is contingent upon appropriated funds.
- The "Contract Administration" document details roles and responsibilities for government personnel, clarifying contact points for various contract-related issues.
- A "Contract Discrepancy Report" form is provided, outlining the process for documenting and addressing contractor performance issues.